Lane Blade Pusher Pick Up Truck Mounted

Agency: State Government of Pennsylvania
State: Pennsylvania
Type of Government: State & Local
NAICS Category:
  • 115310 - Support Activities for Forestry
  • 333924 - Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
Posted Date: Mar 18, 2025
Due Date: Apr 1, 2025
Solicitation No: 6100063296
Original Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page

General Information

Department for this solicitation:
Procurement

Date Prepared:

03/18/25
Types:
IFB

Advertisement Type:
Service Materials Service & Materials PW Construction Agency Construction Real Estate

Solicitation/Project#:
6100063296
Solicitation/Project Title:
Lane Blade, Pusher, Pick Up Truck Mounted

Description:
023111-Lane Blade Pusher, Pick Up Truck Mounted 3/4 Ton And Larger Vehicle

This specification describes minimum requirements for a truck mounted road debris pusher to be installed and work in combination with the Departments F-350 and F-550 Chassis equipped with a service body, wrecker body and flat bed. Unit shall be capable of being lowered to the road surface to safely capture and remove debris from roadways while traveling at speeds below 15 MPH. Unit shall be capable of pushing disable vehicles from road travel lanes. Ref: DebrisClear.

Department Information

Department/Agency:
Department of Transportation
Delivery Location:

17Th St  Arsenal Blvd  Harrisburg Pa 17120

County:

Dauphin
Duration:

90 Days

Contact Information

First Name:
Jessica
Last Name:
Shughart

Phone Number:

(XXX-XXX-XXXX)
717-783-8559
Email:
jeshughart@pa.gov

Solicitation Information

Bids must be received by the purchasing agency on the Solicitation Due Date no later than the Solicitation Due Time as set forth in the solicitation. Any conflict between the dates and/or times contained in the solicitation itself or its attachments and this advertisement shall be resolved in favor of the solicitation.


Solicitation Start Date:

03/18/25

Solicitation Due Date:

04/01/25
Solicitation Due Time:

12:00 PM

Solicitation Opening Date:

04/01/25
Solicitation Opening Time:

12:01 PM

Opening Location:

17Th St  Arsenal Blvd  Harrisburg Pa 17120

No. of Addendums:

0

Amended Date:
03/18/25
Related Solicitation Files

Original Files
Spec-023111 Truck Mounted Debris Pusher 2-10-25.pdf
1075 Genl Reg's for Bidding DOT Equipment.pdf


Attachment Preview

1
SPECFICATIONS
023111
TRUCK MOUNTED, HIGHWAY, DEBRIS PUSHER
INDEX
I.
GENERAL EQUIPMENT SPECIFICATIONS:
A. Intent Statement
B. Truck Mounted Road Debris Remover
1. Control System
2. Design / mounting
3. Dimensions / Clearance
4. Hydraulic System
5. Safety
II. Manuals
III. Training
IV. Warranty
February 24, 2025 GAW
2
SPECFICATIONS
023111
TRUCK MOUNTED, HIGHWAY, DEBRIS PUSHER
I.
GENERAL EQUIPMENT SPECIFICATIONS:
A. INTENT STATEMENT:
This specification describes minimum requirements for a truck mounted road debris pusher to be
installed and work in combination with the department’s F-350 and F-550 chassis equipped with a
service body, wrecker body and flat bed. Unit shall be capable of being lowered to the road
surface to safely capture and remove debris from roadways while traveling at speeds below 15
MPH. Unit shall be capable of pushing disable vehicles from road travel lanes. Ref. DebrisClear.
Pennsylvania Department of General Services, PCID No. 1075, “General Requirements for
Bidding PennDOT Vehicles/Equipment”, most current version effective at the time and date of
bid opening is included as a part of this specification. PCID No. 1075 may be reviewed and
downloaded from the Department of General Services website, http://www.dgs.state.pa.us.
Delivery as re-quired per Department of General Service PCID NO. 1075 Section “G”. All units
must be delivered within 90 days after receipt of the purchase order by the successful bidder.
Awarded OEM vendor shall be responsible for contacting the Specification Section of the Fleet
Management Division at (717) 787-1567 to set up a pre-build meeting for all chassis and body
mounting component locations prior to chassis build. Any deviations to the specification must be
granted in writing by the Chief of the Specification Section, previous acceptance will not be
considered pre-approved. It shall be understood that any discrepancies/deviations between the
specification and the completed unit(s), chassis or body up-fitter related, must be addressed
and corrected prior to the delivery deadline and the Departments acceptances.
If applicable: Unit shall be delivered clean, with current PA state Inspection and a full tank of fuel.
MSO/ Certificate of origin, and MV 1 to be supplied to the Department at time of delivery.
It is understood that the components specified are minimum. The burden of responsibility
is hereby placed on the manufacturers engineering department to supply a unit that is
totally engineered and installed.
Fabrication and assembly shall conform to the latest engineering techniques and shall meet the
specification requirements of the following
American standard limits and fits
American society for testing materials
Society of automotive engineering
American institute of steel construction
Steel structure painting council
American welding society d2-0-69 sub section 303 (fit and assembly)
American welding society d2-0-69 section 3 (welding workmanship and quality)
All welding shall be accomplished by one or a combination of the following processes: gas metal
arc, flux cored arc and or submerged arc welding procedures.
Before welding, all components must be positioned on precision engineered mechanical
positioners (jig) in order to assure the best possible fit.
3
SPECFICATIONS
023111
TRUCK MOUNTED, HIGHWAY, DEBRIS PUSHER
I.
GENERAL SPECIFICATIONS: (continued)
B. Truck Mounted Road Debris Pusher:
1.
Control system:
Unit shall be controlled with safety limiter for deployment, to ONLY allow unit to be lowered
under a maximum speed of 15MPH. Controller shall not interfere with operation, in any
way of the host vehicle.
Operator control shall be a handheld ergonomically designed remote within the operator cab,
with the following functions:
1. Dash indicator for stowed/up position, deployed/down position.
2. Power button, on/off
3. Raise/lower button
4. Remote control cradle
2. Design / Mounting:
Awarded vendor shall be responsible for upfitting unit to a department owned F-350 or F-550 truck
chassis within the state of Pennsylvania around the Pittsburgh area. Arrangement will be
made for truck to be delivered after award.
Unit shall be of a heavy-duty modular steel design.
Unit shall be capable of safely containing and pushing roadway debris up to including 150
pounds at 15 MPH in the lowered position. Bumper shall be designed to push disabled
vehicles.
Complete system shall be designed to be installed on a F-350 or Ford F-550 chassis. Mounts
shall be bolted directly to vehicle frame, with a quick disconnect feature for servicing and
maintenance of host vehicle.
Bumper and wings shall have complete rubber face “contact” pad, minimum 3/4 inch thick.
Replaceable for pushing disabled vehicles. Bolt-on blade wear edge(s). Deflectors to
prevent debris from deflecting to the sides or over the top onto vehicle hood. Design shall
provide air flow to vehicle radiator, for proper cooling.
Unit shall be tagged with a non-rusting metallic tag containing the manufacture serial number,
model number and weight, and be affixed on the upper right backside of the unit as viewed
from the rear.
4
SPECFICATIONS
023111
TRUCK MOUNTED, HIGHWAY, DEBRIS PUSHER
I.
GENERAL SPECIFICATIONS: (continued)
B. Truck Mounted Road Debris Pusher: (continued)
3. Dimensions / Clearance:
1. Minimum overall installed width shall not exceed 98-inch.
4. Hydraulic System:
1. 12-volt DC electric over hydraulic pump.
5. Paint:
OEM standard powder paint process:
All metal components shall be white metal blasted prior to paint.
Powder-coat must be minimum 2.5 mils in film thickness.
Paint shade OEM “Safety” Yellow.
6
Safety:
Camera system shall be mounted forward facing in the down position to view debris directly in
front of the entire (no blind spots) moldboard and wings.
Minimum 170-degree wide angle lens, high resolution with external infrared camera.
Minimum seven (7) inch color high definition in cab monitor with audio.
All corners and edges shall be angled or rounded for safety.
All welding shall be in accordance with standard welding practices as set forth by the American
Welding Society.
All welds with full penetration, no stitch welding.
All mounting procedures shall be in accordance with NTEA standards.
Manufactures standard safety decals.
II Manuals
The successful vendor shall furnish all applicable manuals per unit:
1 Operator's
1 Parts
1 Service
1 Complete set of manuals for any additional items/equipment added to a piece of
equipment.
The manuals listed shall be official O.E.M. publications supplemented with technical manuals for
all components as published by sub-vendors/manufacturers.
Parts Manual presented must be a relative to "all" items utilized to build these units, with
appropriate part numbers.
All manuals shall be supplied on thumb drive in PDF format that can be loaded to a dedicated website.
Paper manuals may be supplied if available from manufacture. Paper manuals do not relieve
the requirement for the thumb drives.
Delivery of manuals shall be completed with the delivery of each unit.
5
SPECFICATIONS
023111
TRUCK MOUNTED, HIGHWAY, DEBRIS PUSHER
III. TRAINING: Mechanic & Operator:
The successful vendor shall provide services of qualified factory trained technicians for not more
than ___1___ training session(s) of not more than ___2.0___ hours at ___1___
PennDOT locations to train personnel in the preventive maintenance, specified service
intervals for component/system adjustments, proper operation, and safety of the
equipment.
The successful vendor shall submit a training plan to the Fleet Management Division for
approval within 45 days after receipt of the Purchase Order. The training plan shall
consist of course outline and class schedule.
All training must be completed within 60 days after the dates established in the approved
training plan unless an extension is mutually agreed to in writing by the Chief of the Fleet
Management Division.
All training shall be completed at final delivery destination (county locations). All training
shall be coordinated with the District Equipment Managers, with the exception of Asphalt
related training, which must be coordinated with the Statewide Training Coordinator
(717) 787-4836, Fax (717) 783-4438.
IV. WARRANTY:
Per PCID No. 1075
Warranty shall not be voided due to Department operation as explained in the Intent Statement.
It is understood that the components specified are minimum and if the manufacturer's
Engineering Department recommends or deems necessary a more robust component, other
than specified, be installed to meet the vehicles intent statement and to not void the warranty, it
shall be the bidders/vendors responsibility.
1 year starting from the Department’s in-service date.
The warranty start-up date shall be defined as the date of transfer from the PennDOT Fleet
Management Division to the designated county location. This will be considered the date of
delivery to the county and NOT the date of delivery by the successful bidder to the Department.
The PennDOT Fleet Management will supply the actual start-up date, equipment number, and
serial number of the machine, via email, to the successful bidder. It is the responsibility of the
successful bidder to ensure that the equipment manufacturer recognizes and applies the
Department’s actual warranty start-up date in their database.
This page summarizes the opportunity, including an overview and a preview of the attached documents.
* Disclaimer: This website provides information about bids, requests for proposals (RFPs), or requests for qualifications (RFQs) for convenience only and does not serve as an official public notice. Individuals who wish to respond to or inquire about bids, RFPs, or RFQs should contact the relevant government department directly.

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

ADVERTISEMENT INFORMATION General Information Department for this solicitation: Procurement Date Prepared: 10/05/21 Types:

State Government of Pennsylvania

Bid Due: 9/30/2026

General Information Department for this solicitation: Procurement Date Prepared: 04/15/25 Types: IFB Advertisement

State Government of Pennsylvania

Bid Due: 4/29/2025

ADVERTISEMENT INFORMATION General Information Department for this solicitation: Procurement Date Prepared: 10/05/21 Types:

State Government of Pennsylvania

Bid Due: 9/30/2026

General Information Department for this solicitation: Procurement Date Prepared: 04/07/25 Types: IFB Advertisement

State Government of Pennsylvania

Bid Due: 4/21/2025